Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

SC24029 Highway Term Maintenance Contract 2026

  • Cyhoeddwyd gyntaf: 06 Rhagfyr 2025
  • Wedi'i addasu ddiwethaf: 06 Rhagfyr 2025
  • Fersiwn: N/A
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04afcb
Cyhoeddwyd gan:
Kent County Council
ID Awudurdod:
AA20084
Dyddiad cyhoeddi:
06 Rhagfyr 2025
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Following a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015 (the "Procurement"), Kent County Council (the "Council") has appointed a service provider (the "Service Provider") to deliver a highways term maintenance contract (the "Contract"). The Council's highway term maintenance services are currently delivered through the Council's existing contract (the "Current HTMC"), which expires on 30 April 2026. The Council has entered into the Contract as of 19 November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract by up to a maximum aggregate of seven (7) years (84 months).

At the Final Tender Stage, the Council identified the most economically advantageous tender using the Price per Quality Point evaluation method. Please also see Section VI for additional information.

This Procurement also includes the potential for the local authorities listed in Section II.2.11 below to have access to in order to deliver specific schemes/projects with the Service Provider.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Kent County Council

County Hall

Maidstone

ME141XQ

UK

Person cyswllt: Craig Merchant

Ffôn: +44 3000414141

E-bost: craig.merchant@kent.gov.uk

NUTS: UKJ4

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.kent.gov.uk

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

SC24029 Highway Term Maintenance Contract 2026

Cyfeirnod: SC24029

II.1.2) Prif god CPV

50230000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Following a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015 (the "Procurement"), Kent County Council (the "Council") has appointed a service provider (the "Service Provider") to deliver a highways term maintenance contract (the "Contract"). The Council's highway term maintenance services are currently delivered through the Council's existing contract (the "Current HTMC"), which expires on 30 April 2026. The Council has entered into the Contract as of 19 November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract by up to a maximum aggregate of seven (7) years (84 months).

At the Final Tender Stage, the Council identified the most economically advantageous tender using the Price per Quality Point evaluation method. Please also see Section VI for additional information.

This Procurement also includes the potential for the local authorities listed in Section II.2.11 below to have access to in order to deliver specific schemes/projects with the Service Provider.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 2 000 000 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

34143000

34920000

34970000

34990000

44113910

45233139

90640000

II.2.3) Man cyflawni

Cod NUTS:

UKJ4

II.2.4) Disgrifiad o’r caffaeliad

The Procurement was undertaken as a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015.

Following, three separate rounds of market engagement in January, June, and August 2024 the Procurement launched on 21 October 2024.

The Council encouraged small and medium-sized enterprises to participate in the Procurement, either as Candidates, consortium members, supply-chain partners or sub-contractors.

The Selection Questionnaire (the "SQ") Stage of the Procurement closed on 25 November 2024. An Invitation to Submit Initial Tender (the "ISIT") was released in December 2024 to the Candidates shortlisted at the SQ Stage (subsequently referred to as "Tenderers"). Only quality was evaluated during the Initial Tender Stage, and following this stage, the top three (3) ranked Tenderers were issued with an Invitation to Submit Detailed Tender (the "ISDT") and invited to the Detailed Tender Stage.

At the Detailed Tender Stage, quality was evaluated and a detailed review of the Schedules of Rates was undertaken for the purposes of providing feedback to the Tenderers. The Council did not apply the Price Per Quality Point evaluation method at Detailed Tender Stage. All three (3) Tenderers were issued with an Invitation to Submit Final Tender (the "ISFT").

At the Final Tender Stage of the Procurement the Council evaluated the Tenderers' quality responses and used the Schedules of Rates to calculate the Tenderers' Price per Quality Point. The most economically advantageous Tenderer was determined by the Tenderer receiving the lowest Price per Quality Point.

II.2.5) Meini prawf dyfarnu

Maen prawf cost: Price per Quality Point / Pwysoliad: 100

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Contract provides for an extension of up to a maximum aggregate of seven (7) years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract includes a performance regime that may result in the adjustment of its term.

The scope includes the potential for the following local authorities to have access to in order to deliver specific schemes/projects:

1. Ashford Borough Council

2. Canterbury City Council

3. Dartford Borough Council

4. Dover District Council

5. Folkestone and Hythe District Council

6. Gravesham Borough Council

7. Maidstone Borough Council

8. Medway Council

9. Sevenoaks District Council

10. Swale Borough Council

11. Thanet District Council

12. Tonbridge and Malling Borough Council

13. Tunbridge Wells Borough Council

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The Current HTMC delivers a number of essential and statutory services, including the following:

• Winter Service Provision - e.g. gritting/salting the road network during freezing conditions including ploughing during snow events.

• Drainage Maintenance and Capital Projects - e.g. cyclical highway drainage cleansing, emergency response during storm events and capital drainage repair schemes.

• Structures - e.g. bridge repairs, tunnel maintenance and management and construction of new structures.

• Highway patching and small to medium-scale road asset renewal works - e.g. pothole repairs and larger surface defect repairs of the highway.

• Pavement asset preservation services - e.g. carriageway and footway life extension treatments such as surface dressing.

• Emergency Response - e.g. responding to emergencies across the network due to weather, emergency services support, vehicle collisions, and structural asset failure both in hours and out of hours, 24/7/365.

• Highway Improvement Scheme Delivery - e.g. construction of schemes for crash remedial measures, engineering and traffic schemes and S.106 requirements.

The below is a summary of the scope for the Contract:

• Routine maintenance

• Highways schemes

• Structures and Tunnels maintenance

• High Speed Road maintenance programme

• Emergency and Out of Hours

• Winter service

• Drainage civil schemes

• Drainage cleansing

• Road and footway patching / pothole repairs

• Small/Medium reactive road asset renewal

• Signs maintenance

• Lining maintenance

• Barrier repairs

• Asset improvements

• Pavement asset preservation services

• Professional services ((limited to design for civil engineering works to assist the delivery of projects)

• Major Projects (up to £5m)

Due to the term of the Contract and the nature of the Services, the Council has reserved the right to include additional supporting and/or related services in the Scope during the term of the Contract and in accordance with its terms.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gystadleuol gyda negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-034009

Section V: Dyfarnu contract

Rhif Contract: SC24029

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/11/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Ringway Infrastructure Services Limited

02756434

Albion House, Springfield Road,

Horsham

RH12 2RW

UK

NUTS: UKJ2

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 2 000 000 000.00 GBP

Cyfanswm gwerth y contract/lot: 2 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

The estimated total value of this Procurement has been calculated as £2bn. This figure takes into account (i) recent and current annual spend of circa £50-60m; (ii) a maximum total term of 21 years (plus a 6 month mobilisation period); (iii) the potential impact on costs of inflation; and (iv) the ability for the Council, and the potential for the local authorities listed in section II.2.11, to deliver individual projects or schemes through this Contract.

The services under the Contract (as listed at Section II.2.14) are to be provided to the Council, but this Procurement also includes the potential for the local authorities listed in Section II.2.11 to have access to in order to deliver specific schemes/projects.

At the Final Tender Stage, the Council identified the most economically advantageous tender using the Price per Quality Point evaluation method (please see above).

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Ffôn: +44 2079477882

VI.5) Dyddiad anfon yr hysbysiad hwn

05/12/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34143000 Cerbydau cynnal a chadw ffyrdd yn y gaeaf Cerbydau modur gwaith trwm
34920000 Cyfarpar ffordd Cyfarpar a chydrannau sbâr amrywiol ar gyfer cludiant
34970000 Cyfarpar monitro traffig Cyfarpar a chydrannau sbâr amrywiol ar gyfer cludiant
34990000 Cyfarpar rheoli, diogelwch, arwyddo a golau Cyfarpar a chydrannau sbâr amrywiol ar gyfer cludiant
44113910 Deunyddiau cynnal a chadw ffyrdd yn y gaeaf Deunyddiau adeiladu ffyrdd
45233139 Gwaith cynnal a chadw priffyrdd Gwasanaethau sy’n gysylltiedig ag adeiladu
50230000 Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas â ffyrdd a chyfarpar arall Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas ag awyrennau, rheilffyrdd, ffyrdd a chyfarpar morol
90640000 Gwasanaethau glanhau a gwagio gylïau Gwasanaethau glanhau a glanweithdra mewn ardaloedd trefol neu wledig, a gwasanaethau cysylltiedig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
craig.merchant@kent.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.